10 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - August 07, 2020

AIR FORCE

United Launch Services LLC, Centennial, Colorado, has been awarded task orders for $337,000,000 for the National Security Space Launch (NSSL) Phase 2 contract. The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurements supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission. Work will be performed in Centennial, Colorado; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028. Future launch services and launch service support will be placed annually on subsequent task orders, and will be publically announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $337,000,000 will be obligated in the first order year for launch service and launch service support task orders to United Launch Services. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-D-0001).

Space Exploration Technologies Corp., Hawthorne, California, has been awarded task orders for $316,000,000 for the National Security Space Launch (NSSL) Phase 2 contract. The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurements supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission. Work will be performed in Hawthorne, California; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028. Future launch services and launch service support will be placed annually on subsequent task orders, and will be publically announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $316,000,000 will be obligated in the first order year for launch service and launch service support task orders to Space Exploration Technologies Corp. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2211-20-D-0002).

BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, has been awarded an estimated $144,000,000 five-year firm-fixed-price requirements contract for common avionics and electronic components applicable to B1-B, ASQ-151, APX-113, ALQ-172, USM-464, AN/ALQ-155, ALQ-161, USM-638, B-52 platforms. This contract provides for sustainment of spares/buys, repairs and engineering services related to various systems and components that are sole source to BAE. Work will be performed in Greenlawn, New York; San Diego, California; and Nashua, New Hampshire, and is expected to be completed March 22, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 Consolidated Sustainment Activity Group funds will be used, but no funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-20-D-0008).

J G Contracting, Nipomo, California, has been awarded a $55,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements. The contract provides all management, labor, material, equipment, transportation, supervision and minimal designs to accomplish numerous, concurrent projects for a broad range of maintenance, repair and minor construction work. Work will be performed at Edwards Air Force Base, California; and Air Force owned/operated facilities located at Plant 42 in Palmdale, California, and is expected to be completed July 31, 2025. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $142,743 are being obligated at the time of award. The Directorate of Contracting, Edwards AFB, California, is the contracting activity (FA9301-20-D-0004).

Apogee Research LLC,* Arlington, Virginia, has been awarded a $41,663,526 cost-plus-fixed-fee modification (P00001) to contract FA8750-20-C-1510 for deliverables that include software and technical reports. The contract modification is for the development and testing of technologies to enable the transition of system technology integration tool chain for heterogeneous electronic systems. This will allow capabilities to rapidly integrate into new mission capabilities for interoperability within and across Department of Defense platforms. Work will be performed in Arlington, Virginia; Menlo Park, California; Woburn, Massachusetts; and Malden, Massachusetts, and is expected to be completed July 31, 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $489,650 are being obligated at the time of award. Total cumulative face value of the contract is $48,250,998. Air Force Research Laboratory, Rome, New York, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $21,948,817 cost-plus-award-fee task order under the ground subsystems sustainment contract for the Minuteman III Fast Rising B-Plug service life extension. Work will be performed in Layton, Utah, and is expected to be completed Nov. 17, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,356,951 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-20-F-0077).

NAVY

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded an $83,501,649 firm-fixed-price contract for the execution of USS Carney (DDG 64) fiscal 2020 extended dry-docking selected restricted availability and the USS Winston Churchill (DDG 81) fiscal 2021 depot modernization period. These availabilities will include a combination of maintenance, modernization and repair for both the USS Carney and USS Winston Churchill. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $211,604,822. Fiscal 2020 operations and maintenance (Navy); and other procurement (Navy) funding in the amount of $83,501,649 are obligated at time of award, $66,389,135 of which will expire at the end of the current fiscal year. Work will be performed in both Jacksonville, Florida, and is expected to be complete by July 2022. This contract was competitively solicited via the Federal Business Opportunities website with one offer received in response to Solicitation No. N00024-19-R-4468. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $77,400,000 undefinitized contract modification (P00041) to previously awarded cost-plus-fixed-fee contract N00019-17-C-0001. This modification provides for the development and installation of flight test instrumentation on one F-35B Lot 14 aircraft and one F-35C Lot 14 aircraft for government testing in support of the F-35 program. Work will be performed in Fort Worth, Texas (65%); Palmdale, California (32%); Grenaa, Denmark (2%); and Hoogerheide, Netherlands (1%), and is expected to be completed in June 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $23,255,516; and non-Department of Defense funds in the amount of $6,088,968 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Black Construction-Tutor Perini JV, Barrigada, Guam, is being awarded firm-fixed-price task order N62742-20-F-9924 at $44,093,863 under a multiple award construction contract for design and construction of explosive ordnance compound facilities at Naval Base Guam. The work to be performed provides for the design and construction of a consolidated operations facility, maintenance facility, armory and multipurpose/training facility. The options, if exercised, provide for a civil engineering support equipment canopy, a service craft and boat accounting report canopy, electronic security systems, audiovisual equipment, furniture fixtures and equipment, munitions and explosives of concern and material potentially presenting an explosive hazard work and additional concrete piles. The task order also contains eight unexercised options, which if exercised, would increase cumulative task order value to $50,937,800. Work will be performed in Apra Harbor, Guam, and is expected to be completed by December 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $44,093,863 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-1328).

PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $19,185,938 firm-fixed-price, time-and-materials bridge contract for a six-month base period with three one-month option periods for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed June 2021. Fiscal 2020 overseas contingency operations funds in the amount of $12,623,942; and operations and maintenance funds (Marine Corps) in the amount of $161,657.82 will be obligated at the time of award and funds will be made available for each option period which will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2004).

Pole/Zero Acquisition Inc., West Chester, Ohio, was awarded an $8,858,994 modification (P00005) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N68335-18-D-0050. This modification increases the ceiling of the contract to provide for the production and delivery of up to 12 additional Ultra High Frequency (UHF) Antenna Interface Units (AIUs); 22 Very/Ultra High Frequency (V/UHF) AIUs; 12 UHF AIU Communications Tray (COMM-Tray); and 18 V/UHF AIU COMM-Tray assemblies and subassemblies in support of the P-8A aircraft. Work will be performed in West Chester, Ohio, and is expected to be completed in March 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. (Awarded July 27, 2020)

DEFENSE HEALTH AGENCY

Ernst & Young LLP, New York, New York (HT0011-16-F-0014), was awarded a fourth year option to a five year contract (one-year base and four option periods) with an estimated value of $61,223,977 to support the Defense Health Agency (DHA) with a period of performance from Aug. 8, 2020, through Aug. 7, 2021. This non-personal services contract provides audit readiness support. The contractor provides all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform audit readiness support. The Financial Operations Directorate (J-8), Defense Health Program Financial Reporting & Compliance Division has a continuing need for the services. Exercising the fourth option is the most advantageous method of fulfilling the government's need with regards to price efficiency, past performance and experience. Ernst & Young's performance is satisfactory and fulfills the contract's needs. The fourth year option will be funded with fiscal 2020 operations and maintenance funding in amount of $13,218,137. The DHA Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

ARMY

Rhoads Industries, Philadelphia, Pennsylvania, was awarded a $49,000,000 firm-fixed-price contract to furnish construction related industrial support services to the Naval Surface Warfare Center, Philadelphia Division. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-D-0009).

Duopross Meditech Corp.,* Farmingdale, New York, was awarded a $48,310,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. V Bids were solicited via the internet with 16 received. Work will be performed in Farmingdale, New York, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $48,310,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0045). (Awarded Aug. 3, 2020)

Bates Engineers/Contractors Inc.,* Bainbridge, Georgia, was awarded a $46,000,000 firm-fixed-price contract for rehabilitation/modernization of buildings, new building construction, demolition, paving, grading, drainage, excavation, clearing and grubbing, utility work of all types, environmental permitting related to construction, incidental design related to construction efforts, site safety and health efforts and field investigations related to construction projects for the North Alabama Area Office Region. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0072).

Pacific Federal Contractors LLC, Honolulu, Hawaii, was awarded a $20,402,508 firm-fixed-price contract for construction of a single 61,800 square-foot hangar bay addition at Joint Base Pearl Harbor-Hickam. Bids were solicited via the internet with two received. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of March 6, 2022. Fiscal 2019 military construction (Air Force) funds in the amount of $20,402,508 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (W912J6-20-C-0001).

Cardinal Health Inc., Dublin, Ohio, was awarded a $14,826,870 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Dublin, Ohio, with an estimated completion date of Aug. 3, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $14,826,870 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0044). (Awarded Aug. 4, 2020)

J. F. Brennan Company Inc.,* La Crosse, Wisconsin, was awarded a $13,617,770 firm-fixed-price contract for dredging of Duluth-Superior Harbor. Bids were solicited via the internet with three received. Work will be performed in Superior, Wisconsin, with an estimated completion date of Nov. 22, 2022. Fiscal 2020 civil construction funds in the amount of $13,617,770 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911XK-20-C-0017).

Gold Coast Medical Supply L.P.,* Camarillo, California, was awarded a $13,575,307 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Camarillo, California, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $13,575,307 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0047). (Awarded Aug. 3, 2020)

HTL-Strefa Inc.,* Marietta, Georgia, was awarded a $12,330,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Marietta, Georgia, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $12,330,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0049). (Awarded Aug. 3, 2020)

Quality Impact Inc.,* Foster City, California, was awarded an $8,800,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Foster City, California, with an estimated completion date of Aug. 2, 2021. V Fiscal 2020 public health and social services emergency funds in the amount of $8,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0050). (Awarded Aug. 3, 2020)

CORRECTION: The 50,998,450 firm-fixed-price contract announced on July 31, 2020, to Duke Energy Progress LLC, Raleigh, North Carolina (W9124J-20-F-0052), to furnish financing, personnel, management, supplies, equipment, transportation and any other items and services not government furnished to install the energy conservation measures to meet Fort Bragg's energy goals and objectives, was actually awarded on Aug. 6, 2020.

U.S. SPECIAL OPERATIONS COMMAND

Airbus DS Military Aircraft Inc., Mobile, Alabama, was awarded a $10,000,000 maximum ceiling firm-fixed-price contract (H92241-20-C-0005) in support of U.S. Army Special Operations Aviation Command for the sustainment and modernization of five CASA 212-200 CC60 aircraft with new avionics suites and aircraft maintenance refreshes. Fiscal 2020 operations and maintenance funds in the amount of $8,759,134 are being obligated at the time of award. The majority of the work will be performed in Mobile, Alabama, and is expected to be completed by August 2023. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2305454/source/GovDelivery/

Sur le même sujet

  • US Army triggers start of possible ground mobility vehicle competition after long delay

    10 octobre 2018 | International, Terrestre

    US Army triggers start of possible ground mobility vehicle competition after long delay

    By: Jen Judson WASHINGTON — The Army seemed geared toward holding a rapid competition to buy a Ground Mobility Vehicle in 2016, but the plan was delayed without much explanation in favor of buying an interim vehicle already in use by special operations forces. Buying the GMV was a top priority following the fall 2015 release of the Army's Combat Vehicle Modernization Strategy, which called for such a vehicle in future and current operations. After a competition never materialized, however, rumors began to swirl that the Army may decide to buy more of the U.S. Special Operations Command's GMV — General Dynamics Ordnance and Tactical Systems' Flyer 72 — even after the service had spent several years prior testing a wide variety of commercial off-the-shelf options. But Congress spurred the effort in its fiscal 2018 defense policy bill, mandating the Army hold a competition and move forward with a program. The Program Executive Office Combat Support and Combat Service Support's product lead for the GMV has quietly stated on its website that the Army plans to pursue a competition for the GMV — calling it an Infantry Squad Vehicle — as a formal program of record. The office states that it is projected to enter into a production contract in fiscal 2020 to procure 2,000 vehicles, roughly a year later than originally planned. The Army took a big step forward on Sept. 24, releasing a market survey to industry, via the Federal Business Opportunities website, soliciting offerings for an Infantry Squad Vehicle. The notice states the service is looking for a vehicle that provides mobility for a nine-soldier infantry squad as well as its associated equipment to “move around the close battle area.” The vehicle should be lightweight, highly mobile and transportable “by all means” to include CH-47 Chinook cargo helicopters, UH-60 Black Hawk utility helicopters and by Low Velocity Air Drop. Responses to the solicitation are due on Oct. 26. While the Army has already bought quantities of the SOCOM vehicle for five airborne infantry brigade combat teams, other companies have continued to wait in the wings for the possibility to compete. And the pool of readily available ultralight vehicles is deep. In addition to GD's Flyer, these vehicles all participated in vehicle demonstrations at Fort Bragg, North Carolina, in 2014: Boeing-MSI Defense's Phantom Badger. Polaris Defense's air-transportable off-road combat vehicle DAGOR. Hendrick Dynamics' Commando Jeep. Vyper Adamas' Viper. Lockheed Martin's High Versatility Tactical Vehicle, which is a version of the British Army's HMT-400 Jackal. The Army launched its new-start GMV program in 2017 as planned, based off the service's new combat vehicle modernization strategy released in 2016, which called for the capability. The Army planned to reach a full-rate production decision on a vehicle by the end of FY19. But then it decided to split GMV procurement into two phases in the FY18 budget request and, in the first phase, planned to exclusively buy 295 of GD's Flyers through a previously awarded contract with U.S. Special Operations Command. The second phase would open up into a competition to build 1,700 more GMVs. Procuring the GMV vehicles from SOCOM raised the unit cost of the vehicle higher than the unit cost of ones that would have been procured through competition, according to FY18 budget documents. https://www.defensenews.com/digital-show-dailies/ausa/2018/10/09/us-army-triggers-start-of-possible-ground-mobility-vehicle-competition-after-long-delay

  • Huntington Ingalls Industries awarded LCS Planning Yard Contract Worth a Potential $107.9 million

    29 avril 2020 | International, Naval

    Huntington Ingalls Industries awarded LCS Planning Yard Contract Worth a Potential $107.9 million

    Pascagoula, Miss., April 24, 2020 (GLOBE NEWSWIRE) -- Huntington Ingalls Industries' (NYSE: HII) Ingalls Shipbuilding division has been awarded a contract modification to exercise the first option year of the existing Littoral Combat Ships (LCS) Planning Yard contract. This option has a potential total value of up to $107.9 million for planning yard services in support of in-service LCS class ships. “Our outstanding and experienced Shipyard Planning Yard team is poised to continue the excellent and efficient execution of this important work for our Navy customer,” Ingalls Shipbuilding President Brian Cuccias said. The planning yard design services contract will continue to provide the LCS program with post-delivery life-cycle support, which includes fleet modernization program planning, design engineering and modeling, logistics support, long-lead-time material support, and preventative and planned maintenance system item development and scheduling. Unique to this planning yard effort is the requirement to manage the scheduling of all planned, continuous and emergent maintenance and associated availabilities. About Huntington Ingalls Industries Huntington Ingalls Industries is America's largest military shipbuilding company and a provider of professional services to partners in government and industry. For more than a century, HII's Newport News and Ingalls shipbuilding divisions in Virginia and Mississippi have built more ships in more ship classes than any other U.S. naval shipbuilder. HII's Technical Solutions division supports national security missions around the globe with unmanned systems, defense and federal solutions, nuclear and environmental services, and fleet sustainment. Headquartered in Newport News, Virginia, HII employs more than 42,000 people operating both domestically and internationally. For more information, visit: HII on the web: https://www.huntingtoningalls.com HII on Facebook: www.facebook.com/HuntingtonIngallsIndustries HII on Twitter: www.twitter.com/hiindustries Statements in this release, as well as other statements we may make from time to time, other than statements of historical fact, constitute “forward-looking statements” within the meaning of the Private Securities Litigation Reform Act of 1995. Forward-looking statements involve risks and uncertainties that could cause our actual results to differ materially from those expressed in these statements. Factors that may cause such differences include: changes in government and customer priorities and requirements (including government budgetary constraints, shifts in defense spending, and changes in customer short-range and long-range plans); our ability to estimate our future contract costs and perform our contracts effectively; changes in procurement processes and government regulations and our ability to comply with such requirements; our ability to deliver our products and services at an affordable life cycle cost and compete within our markets; natural and environmental disasters and political instability; our ability to execute our strategic plan, including with respect to share repurchases, dividends, capital expenditures, and strategic acquisitions; adverse economic conditions in the United States and globally; changes in key estimates and assumptions regarding our pension and retiree health care costs; security threats, including cyber security threats, and related disruptions; and other risk factors discussed in our filings with the U.S. Securities and Exchange Commission. There may be other risks and uncertainties that we are unable to predict at this time or that we currently do not expect to have a material adverse effect on our business, and we undertake no obligation to update or revise any forward-looking statements. You should not place undue reliance on any forward-looking statements that we may make. CONTACT INFORMATION Teckie Hinkebein Manager of Media Relations (228) 935-1323 teckie.hinkebein@hii-co.com View source version on Huntington Ingalls Industries: https://newsroom.huntingtoningalls.com/releases/huntington-ingalls-industries-awarded-lcs-planning-yard-contract-worth-a-potential-107-9-million

  • UAE, Korea Aerospace Industries enter talks for KUH-1E helicopter buy

    15 novembre 2023 | International, Aérospatial

    UAE, Korea Aerospace Industries enter talks for KUH-1E helicopter buy

    The United Arab Emirates is negotiating the purchase of South Korean helicopters, with the aim of signing a deal by year’s end.

Toutes les nouvelles